Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2020 SAM #6799
SOURCES SOUGHT

Q -- VISN 19 New Reference Lab Testing

Notice Date
7/9/2020 1:27:50 PM
 
Notice Type
Sources Sought
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25920Q0492
 
Response Due
8/10/2020 2:30:00 PM
 
Archive Date
11/17/2020
 
Point of Contact
Ian Boettcher (CO), Ian Boettcher, Phone: 303-712-5722
 
E-Mail Address
Ian.Boettcher@va.gov
(Ian.Boettcher@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCE SOUGHT NOTICE / RQUEST FOR INFORMATION (RFI) ONLY. THIS IS NOT A REQUEST FOR PROPOSAL AND/OR QUOTE. The Department of Veterans Affairs (VA), Veterans Integrated Systems Network (VISN) 19 and the Network Contracting Office (NCO) 19 are performing market research to determine if there are sufficient numbers of qualified (1) Service Disabled Veteran Owned Small Business; (2) Veteran Owned Small Business; or (3) Small Business to set aside a Firm Fixed Price requirement for Reference Laboratory testing services for the following VISN 19 health care systems: VA Eastern Colorado Health Care System (Aurora), VA Western Colorado Health Care System (Grand Junction), VA Salt Lake City Health Care System, VA Oklahoma City Health Care System, and VA Eastern Oklahoma Health Care System (Muskogee), VA Montana Health Care System (Billings & Fort Harrison), VA Cheyenne Health Care System, and the VA Sheridan Health Care System. The Government will use responses to this notice to help make the appropriate acquisition strategy decision. Contractor shall provide all labor, supplies, equipment, maintenance, information technology, and supervision necessary to provide Reference Laboratory Testing Services to VISN 19 Medical Centers described herein. Testing Services may include but are not limited to: specimen preparation and storage; transportation of clinical laboratory specimens; performance of analytical testing; reporting of analytical test results; and consultative services. The Contractor shall be approved to provide clinical diagnostic laboratory tests under both Medicare and Medicaid regulations and all applicable federal and state laws. The contractor shall meet the performance characteristics for accuracy and precision as defined by the 1988 Clinical Laboratory Improvement ACT (CLIA), CAP (College of American Pathologists) accreditation, and TJC (The Joint Commission) certification. A valid, in-date CLIA certificate must be supplied showing the address and CLIA registration number of the testing lab. The Contractor shall be HIPAA compliant. All interested firms shall submit a response demonstrating their capabilities regarding the above requirement and addressing each of the items in the following section: Past Performance/General: Give 2 examples of the largest size and scope contracts within the last five (5) years, include: Volume of samples/month Number of tests/month Volume capability What is the maximum testing volume you can provide on a monthly basis? Provide the number of pickup locations (hospitals/clinics) you currently provide for and the maximum pickups you could provide for on daily basis, Monday through Friday. Do you provide pickups on Saturday? How do you ensure the sample integrity of room temperature, refrigerated, and frozen samples during transport? Do any of your tests require special transport media that you provide? Considering all samples accepted into your processing department, what percentage of your testing is done on-site? Give address. Is resulting/interpretation of all results provided on-site by lab employees? If not, explain. Considering all samples accepted into your processing department, what percentage of your testing is completed by wholly owned subsidiaries (not including on-site)? Give address(es). Is resulting/interpretation of all results provided by lab employees of wholly owned subsidiaries? If not, explain. Considering all samples accepted into your processing department, what percentage of your testing is completed by other reference labs? Please provide information as to your ability to provide a wide range of testing for adult conditions and services to include: specialized testing in areas of hematology, chemistry, coagulation, microbiology, molecular, genetics, virology, clinical interpretation, cytology and anatomic pathology, oncology, and specialized pathology support in specialized pathology areas. Please provide a list of analyzers with vendor names, quantities, and models used within your lab Please list supplies, such as requisitions forms, specimen carriers (ex. 72-hour stool collection kits), etc. that you normally provide to your commercial clients Certifications: Please submit evidence of any of the following: CAP (College of American Pathologists) accredited CLIA (Clinical Laboratory Improvement Amendments) certified TJC (The Joint Commission) certification Processing/Ordering: Do you offer STAT/emergency testing? What sample tracking/manifest software do you use, and provide, to your clients? What capabilities does it have? Does your software have the ability to inquire as to the status of pending tests? Does your software have the capability of online reference consent forms for genetic or specialized testing? Please provide testing turnaround times for ALL TESTS. Please provide a copy of your Laboratory Manual that includes a list of all offered tests and their: Testing methodology Specimen requirements Turn-around time Any special handling requirements Days of the week each test is run Sample stability at each RT, REF and FROZEN Reporting: Provide examples of standard test reports for the tests listed below that include reference ranges, units of measurement, interpretations, testing site (if not performed at vendor s main laboratory facility), methodology, specimen type, specimen collection, and provide both simple testing report examples (ex. Serum folate) and complex testing report examples (ex. HLA). If you do not offer any of the tests listed below, please note that. Tests to submit sample reports for: CCP Antibodies IgG/IgA Cryptosporidium EIA Cyclospora Smear, Stool JAK2 Mutation Analysis, Qual Methylmalonic Acid, Serum Homocysteine TPMT Genetic Test Hered Hemochromatosis, DNA JAK2 Mutation Analysis, Qual Kidney Stone, Urine/Saturation Fungus Culture With Stain Celiac Disease HLA DQ Assoc. Inflammatory Bowel Disease-IBD t-Transglutaminase (tTG) IgA Antineutrophil Cytoplasmic Ab Testosterone, Free, Direct Erythropoietin (EPO), Serum Vitamin B1 (Thiamine), Blood Myasthenia Gravis Full Panel Heavy Metals Profile I, Blood How are reports transmitted to your clients? Do you have the capability to be electronically interfaced with the VA Laboratory Information System? Pricing: Provide a list of pricing for all offered tests to be evaluated by the Contracting Officer Key Personnel: Please provide qualifications of the Medical Director to include education, certifications, professional experience (dates of service) As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely with the Government discretion. Firms responding should indicate whether they are, or are not, a service-disabled veteran owned small business, a veteran owned small business, or any other type of small business. The NAICS code to be used for this acquisition is 621511 (Medical Laboratories) is applicable to this acquisition, and the size standard is 32.5 million. The Government reserves the right to consider all types of small business set-asides based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources-sought synopsis is voluntary. This sources-sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments. The Government s evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any small business designation (e.g. SDVOSB, HUB Zone, 8(a), WOSB, VOSB, etc). All prospective vendors must be registered and current within the System for Award Management (SAM). Visit www.sam.gov for details. In addition, all SDVOSBs and VOSBs must be registered and verified within VetBiz. Visit www.vetbiz.gov for details. All responses must be received by 08-10-2020 at 3:30 pm MT POC for this notice is Ian Boettcher / ian.boettcher@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/125fc755f52c4d84a81ade84e469c98a/view)
 
Place of Performance
Address: Contractor's Facility NA, USA
Zip Code: NA
Country: USA
 
Record
SN05716856-F 20200711/200709230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.